Loading...
HomeMy WebLinkAboutR-88-06376/23/88 NO. RESOLUTION A RESOLUTION ACCEPTING THE BIDS OF TWELVE (12) SUPPLIERS, FOR FURNISHING SPECIFIED AND BALANCE OF LINE OFFICE SUPPLIES, AS NEEDED, ON *A CONTRACT BASIS FOR ONE (1 ) YEAR TO THE GENERAL SERVICES ADMINISTRATION DEPARTMENT, DIVISION OF PROCUREMENT/CENTRAL STORES AT A TOTAL PROPOSED COST OF $270,000.00; ALLOCATING FUNDS THEREFOR FROM THE 1988-89 INTERNAL SERVICE FUND - CENTRAL STORES ACCOUNT NO. 420801-700-511000; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE MATERIALS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHERi s were received g� ,6 3' ems and balance o , : Basis for one �� tra:ion Department WHERi (n `"� ( 59 ) potential ?d; and WHERE ? 1988- 89 Interna _ .... _. _ _- _ _ )1- 700- 511000; and WHEREAS, these materials will be use by the Division of Procurement/Central Stores for the purpose of maintaining an inventory of office supplies for distribution to all City Departments on an as needed basis; and WHEREAS, the City Manager and the Director of General Services Administration recommend that the bids received from the below listed firms, be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIA.MI, FLORIDA: Section 1. The May 25, 1988 bids of the following several suppliers for furnishing specific and balance of line office supplies as needed, on a contract basis for one (1) year, to the General Services Administration Department, Division of Procurement/Central Stores at a total proposed cost of $270,000.00 is hereby accepted with funds therefor hereby allocated from 1988-89 Internal Service Fund/Central stores Account No. 420801-700-511000. ... - � �� `' �. tea`..' 1 � � � `� ( v Cfi� Ci <i �� e� � 1 /� �- ��- ��� � � �� � � �, J-88-633 7/ 13/88 RESOLUTION NO. �►3% A RESOLUTION ACCEPTING THE BIDS OF TWELVE (12) SUPPLIERS, FOR FURNISHING SPECIFIED AND BALANCE OF LINE OFFICE SUPPLIES, AS NEEDED, ON A CONTRACT BASIS FOR ONE (1) YEAR TO THE GENERAL SERVICES ADMINISTRATION DEPARTMENT, DIVISION OF PROCUREMENT/CENTRAL STORES AT A TOTAL PROPOSED COST OF $270,000.00; ALLOCATING FUNDS THEREFOR FROM THE 1988-89 INTERNAL SERVICE FUND - CENTRAL STORES ACCOUNT NO. 420801-700-511000; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE MATERIALS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received May 25, 1988 for the furnishing of Specified Items and balance of line office supplies, as needed, on a Contract Basis for one (1) year to the General Services Administration Department, Procurement Division/Central Stores; and WHEREAS, invitations were mailed to fifty nine (59) potential suppliers and twenty three (23) bids were received; and WHEREAS, funds for this purchase are available in the 1988- 89 Internal Service Fund - Central Stores Account No. 420801-700- 511000; and WHEREAS, these materials will be use by the Division of Procurement/Central Stores for the purpose of maintaining an inventory of office supplies for distribution to all City Departments on an as needed basis; and WHEREAS, the City Manager and the Director of General Services Administration recommend that the bids received from the below listed firms, be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The May 25, 1988 bids of the following several suppliers for furnishing specific and balance of line office supplies as needed, on a contract basis for one (1) year, to the General Services Administration Department, Division of Procurement/Central Stores at a total proposed cost of 1 CITY COMMISSION MEETING OF JUL 14 1988 No. �14-63 (it: `,'ARKS, 1 '1 $270,000.00 is hereby accepted with funds therefor hereby allocated from 1988-89 Internal Service Fund/Central stores Account No. 420801-700-511000. BIDDER/Minority SPECIFIED ITEMS BALANCE OF LINE Classification Award # of Items Amount Discount Award I. Barnett Office Supplies 45 $15,569.80 42-21% Yes (Woman owned) 2. Long's Office Supplies 1 11.64 35% Yes (Non -Minority) 3. Decora Office Furniture 55 107,398.28 40% Yes (Woman -Owned) 4. Photocopy Center 4 16,144.20 None No (Hispanic) 5. Xerox Corp. 5 15,843.12 None No (Non -Minority) 6. X.I.P.S. Corp. 6 5,109.20 40-45% Yes (Hispanic Minority) 7. AMR Office Supplies 4 3,349.60 25% Yes (Black Minority) 8. B & L Business 14 5,054.66 2% No (Black Minority) 9. Coral Paper 6 2,168.15 None No (Non- Minority) 10. K-Data Products 8 11,441.28 20% Yes (Non -Minority) 11. Mao Paper 2 4,500.00 None No (Non -Minority) 12. Kemron Office Supplies 2 1,264.32 30-35% Yes (Non -Minority) Sub Total $187,854.25 $82,145.75 GRAND TOTAL AWARD $270,000.00 *Actual $ amount awarded to each will be a portion of the total amount allocated, depending on low bid time of need. Section 2. That the City Manager is hereby authorized to instruct the Chief Procurement Officer to issue Purchase Orders for these supplies, subject to the availability of funds. PASSED AND ADOPTED this 14th day of alnY 1988. ATTE XAVIER L. S AREZ, MAYOR MATT HIRAI, CITY CLERK PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS: ROBERT F. CLARK JORG L.3 FE EZ CHIEF DEPUTY CITY ATTORNEY CITY ATTORNE RFC:bss:M754 Note: In instances where two bids have been submitted by a Dade County vendor and a non -Dade County vendor and in the same exact amount, award has been made to the vendor located in Dade County; where similar bids have been submitted by a minority vendor and a non -minority vendor, award has been made to the minority vendor. -2- 88-637 1 I ia.-OrM.1-2 I . M-O i, 11111M BID SECURITY OAT Sipe NICIovab May 25, 1988 2:00 pm ME OF SECURITT �i00ER TOTAL Virginia Paper Co. Broken down by items C.A. Mangel Associates Xips Corps Xerox Corporation " Kemron 01S " Barnett's Office Supplies " Ross Enterprise " Photocopy Center Inc. A.M.R. Office Supply Co. " Venkoren Inc. " The Shop Specialty Home and Office Products. Mac Papers Inc 9 to 5 Supply Corp. " AFP Industries it" Barlop Inc --7 Z%Z%.r11V yOr%. behalf of PURCHASING DIV./PUBLI WORKS '^ SIGN D �C ,� -�y 4 �A velopes. DATE: Rccciv� �� s►evr de(W169d clock• thl• tilor �1 1 Mt •CCOYMTIIIG avafow Aft BID SECURITY KSy Continued DATE IjtOI REC9iV9O May 25, 1988 2:00 bm 87-88-097 TTPE OF SECURITY O�OOEe TOTAL D.L. Miller Inc Broken down by items Savin Florida " Decora Office Furniture (I envelope with sample) A & C Stationers " Coral Paper Co. " B & L Business Products KData Products Inc Long Office Supply' " Joyce Office Products Cente s American Computer Supply RECEIVED on behalf of PURCHASING DIV./PUBLIC WORKS envelopes. SIGNED: DATE: Secelved 66 skcvr rcftjibed e1weks MI• day o1 Is,. post ACCOUNTIaI: DIVISION LEGAL ADVERTISEMENT t-, j BID NO. 87-88-086 Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida, 33133 not later than r2 00 p-.n. May _,_ __1988 for furnishing Office Supplies on a C6ntYadt i3asis for One (1) year to the Department of General Services Administration, Procurement Management Division, Stock Room. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and rejected. Ordinance No. 10062 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 579-6380. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 5141) Cesar H. Odio City Manager DEPT DIV. ACCOUNT CODE - DATE_ -- PREPARED BY Publish the attached advertisement Type of advertisement: legal _ (Check One) First four words of advertisement: - Remarks: nnip 11 °i t PP C� L REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. — PHONE APPROVED BY: DIRECTOR OF ISSUING DEPARTMENT times. fnumher of times) classified display Starting date DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER YDUE DATE Y MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 117118 1 125134 39 42 145 50 51 56 57 62 63 65 66 71 0 1 2 4 1 V P III11=12101" 2 817 1 2 3 4 7 8 V P 1213 14 15 DESCRIPTION 36 64 DISCOUNT 69 72 AMOUNT 80 5 2 0 0 2 0 1 White — Purchasing Yellow - Finance Pink — Department Approved for Payment L- CITY OF MIAMI. FLORIDA NTEP-OFFICE 1AEMORANDUM Honorable Mayor and Members of the City Commission " 4i!1trIrnadez City Attorney atE '1LE July 14, 1988 e:EC- City Commission Meeting July 14, 1988 Agenda Items 014, #16, =EtEAENCES #28, 035, #36, 439 042, 450, #53, #60. #62, #63 NCLOSURES and #145 The following information and material should be considered by you in your deliberations at today's Meeting: Agenda item #14 (J-88-633) [Resolution accepting bids for furnishing office supplies] We have added language in the body of the Resolution to reflect that in those instances where a minority vendor and a non -minority vendor submitted bids in the identical amount, the award is being made to the minority vendor; likewise, where identical bids have been submitted by a Dade County vendor and a non -Dade County vendor, the award is being made to the Dade County vendor. Agenda Item #16 (J-88-635) [Resolution accepting bid for furnishing and installation of playground equipment] The allocation of specified amounts from the various project accounts for this contract to purchase and install park equipment in 18 City parks has been modified to reflect that the allocations are maximum amounts. The modification was made because the total proposed contract cost is less than the allocated amount in the Resolution that was distributed in the Packet. Agenda item #28 (J-88-645) [Resolution declaring a previously awarded bidder in default and accepting next lowest bid] This Item involves a bidder, who after being awarded a contract for the construction of this Virginia Key Lifeguard project, simply did nothing (not even executing the contract documents). As distributed, the Resolution would have rescinded the earlier awarding Resolution (No. 88-197, 3/10/88). However, we have modified the proposed Resolution to expressly declare --the previously successful bidder to be in default. A copy of the substitute Resolution is attached. 89-f 37 Honorable Mayor and Members July 14, 1938 of the City Commission page 2 Agr€nda Item #35 (J-88-653) [Resolution authorizing an agreement and reallocation of funds] The distributed material for this Item did not include a copy of the Agreement with Greater Miami Neighborhoods. Inc. whose execution is sought to be authorized; we are attaching a copy for your reference and our guidance. agenda Item 436 (J-88-650) [Resolution authorizing a contract to increase existing Revolving Loan Fund] The title to this Resolution has been m,odiUgA to reflect the provision of $190.000 for admiffrRYnive operations of Miami Capital Development, Ina. As distributed the allocation. although expressly set forth in Section 2 of the Resolution body, was not reflected in the title. Agenda item #39 (J-88-698) [Resolution rescinding portion of previously adopted Resolution, allocating funds, approving guidelines for pilot program and authorizing contracts] There were unsubstantial changes made in the title as well as the body of this Resolution as distributed which Resolution formalizes action taken by you at the Meeting of June 23. 1988 in regard to the Citywide Business Development Pilot Program. Agenda item 442 (J-88-655) [Resolution authorizing amendment to Revocable Use Permit for the United States Yacht Racing Union] Our office is reviewing the unified development process which is being applied to the parcel of land involved in this Item. Pending that review, we request that your consideration of this Item be deferred until the next Commission Meeting of July 21st. agenda Item #50 (J-88-667) [Resolution authorizing request for bids and allocation of funds for construction of housing units] We have added language in the title of this Resolution to reflect the fact that the contract will be awarded on the basis of a minority set -aside and that the perforipanoe bond is being waived as --is reflected in the body of the Resolution. 89 —6. 37 Honorable Mayor and Members July 14. lose of the City Commission page 8 Agenda Item #83 (J-88-870) CResolution approving and establishing reimbursement to City for construction of housing project] Attached for reference you will find a reimbursement schedule for repayment of the City's site acquisition cost for the Civic Center Site housing project which is the subject of this Item and which was previously approved by Motion 88-182 on 2/25/88. The Schedule was not included in the material that was distributed in the Agenda Packet. Copies of the motion and schedule are attached. Agenda Item #8Q (J-88-674) [Resolution authorizing use of streets for a running event l A last minute change in the local sponsor of this September 11, 1988 event necessitated a modification of the Resolution as distributed. Attached is a substitute Resolution reflecting that the Miami Runners Club is the new sponsor for the Sports Aid '88 race to be run in Coconut Grove instead of Downtown Miami. 80T8: At the time the Consent Agenda is voted upon, with the ezoeption of #42 vhich we request to be vithdravn, if these Items (#14. #16. #28, #36, #39. #50, and #60) are not removed from the Consent Agenda and oonsiderad separately, there should be an announcement made by the Mayor that Items #14. #16, #28, #36. #39, #50 and #60 are being voted upon 'as modified'. Agenda Item #62 (J-88-895, J-88-695A) [Emergency Ordinanos increasing fees for reproduction of records and services] This Item as distributed consists of an emergency ordinance which not only would increase fees for reproduction of copies of Building and Zoning Department records but also increase fees for other department sery�ioes and for certificates issued by that Department. In order to satisfy the requirements of law pertaining to "single subject~ legislation, we have drafted 1= ordinances which treat the reproduction fee increase separately from the increase in other fees. Both of these substitute ordinances are attached hereto for your separate consideration: J-88-695 identifies the reproduction fee increase ordinance which amends City Code Section 2-74. J-88-695A identifies the fee increase ordinance for the other services and certificates involving the functions of the Building and Zoning Department. 88--6 37 Ranora,ble Mayor and Members July 14. loge or the city commission page 4 Sganda ztam 082 U-$8-87b) tRmergenoy Ordinance Ohanging the required notification for public hearings to comply with State Statutes] The title of this Rmergenoy Ordinance as distributed reflected an amendment as being made to City Code Section 82-84 when in faot no amendment is being made. Accordingly. we have made this change and oorreoted a grammatical error in the first 'Whereas' clause. The attached ordinance replaces the ordinance contained in your Packet. Agenda item #145(J-88-378) (Discussion concerning proposed revision to City Burglary and Robbery Alarm Ordinance) Our previous transmittal memorandum to you dated July S. 1988 is attaohed hereto together with the proposed amendatory ordinance which is recommended for adoption on first reading at this Meeting today. JLF:RFC:bss:P884 cc: Cesar H. Odic. City :'anager Natty Hirai. City C1--rk Herb Bailey, Assistant City Manager Chief Clarence Diokc n, Police Department Ron E. Williams, Director, General Services Administration Walter Golby, Director Department of Parks. Recreation and Public Facilities Don W. Cather, Director, Department of Public Worsts Gerry Gerreauz, Dirc--tor Housing Conservat-on and Development Agency Frank Casteneda, Director, Department of Community Development Edith Fuentes. Director Department of Building and Zoning Linda K. 8earsQn, Assistant City Attorney 89-637 14 CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM To The Honorable Mayor and Members of the City Commission FROM Cesar H. Odio s4"J City Manager `j RECOMMENDATION: DATE 1 U L _ J 1988 FILE SUBJECT Resolution Authorizing Award of Bid 487-88-U86 Office Supplies - REFERENCES City Wide ENCLOSURES It is respectfully reccmmended that the City Commission adopt the attached resolution awarding contracts to twelve (12) suppliers for furnishing Office Supplies on a contract basis for one .(1) year to the lowest complete responsive bidders in accord with Bid No. 87-88-086. Award is to six (6) minority companies for an estimated combined amount of $152,625.74 and six (6) non -minority companies for an estimated combined amount of $35,228.51 for a total combined amount of $187,854.25. An estimated balance of line of $82,145.75 will be purchased on an as needed basis from four minority and three non -minority vendors who have provided acceptable balance of'line discounts. (See detailed information on page 2) BACKGROUND: The General Services Administration Department has reviewed bids received in response to Bid No. 87-88-086 for furnishing approximately 152 specified items and balance of line discount on a contract basis for one (1) Year to the General Services Administration Department, Division of Procurement/Central Stores. The Department of General Services Administration, Division of Procurement/Central Stores maintains an inventory of Office Supplies and forms which are issued to various City departments. volume purchasing of these supplies and the operation of this system produces a substantial savings in purchasing costs and man-hours. Products not specifically listed in the bid will be purchased from the low bidder at the time of need, based on L:)revailing price and the balance of line discount offered to the City under this bid. I Bid No. 87-88-086 Page 2 Below are listed the awards recommended to be made: BIDDER/Minority SPECIFIED ITEMS BALANCE OF LINE Classification # of Items DISCOUNT Award Amount Offered -Awarded I. Barnett Office Supplies 4 �15, 69.80 42-21% Yes (Woman owned) 2. Long's Office Supplies 1 11.64 35% Yes (Non -Minority) J. Decora uttice Furniture 55 107,398.28 40% Yes (Woman -Owned) 4. Photocopy Center 4 16,144.20 None No (Hispanic) 5. Xerox Corp. 5 15,843.12 None No (Non -Minority) 6. X.I.P.S. Corp. 6 5,109.20 40-45% Yes (Hispanic Minority) 7. AMR Office Supplies 4 3,349.60 25% Yes (Black Minority) 8. B & L Business 14 5,054.66 2% No (Black Minority) 9. Coral Paper 6 2,168.15 None too (Non- Minority) 10. K-Data Products 8 11,441.28 20% Yes (Non -Minority) 11. Mac Paper 2 4,500.00 None No (Non -Minority) 12. Kemron Office Supplies 2 1,264.32 30-35% Yes (Non -Minority) Sub Total $18 ,854.25 $82,145.75 GRAND TOTAL AWARD $270,000.00 Funds for these purchases are available in the 1988-89 Internal Service Fund - Central Stores, Account Code Number 420801-700- 511000 . f3E3-63 i TI_IFI— 2�-88 MoN 1 1 L 20 MGM T . -YLiP4 m r—e3L% r-1r-%N 1 1 I L9 f5 GSA & BUDGET P . 04 P . L% 4 CITY Or MIAMI. FLORIDA INTER-OFFICIt MEMORANOUM To Willi J �c`h t DATc, June 23, 1988 t,its . au Procurement supervisor / RO►e arr'e`�� o 11amsitf rectorRE. � Genera Services Administration Au•�«*i Bid #87-88-0861 office Supplies - City Wide RcreptNets• cNCLOSI.Rcf: . This department has verified available funding with the Departments of Finance and Management & Budget that funds ace available to cover the cost of the subject bid in the amount of 5270 L000.00 Account Cade Number 420801-700-5_1100_0 Internal Service Fund. - FINANCE REVIEW & APPROVED BYt (except for funds already appropriated or items included in VY budget) Carlo; Garc a, Director Department or Pinance BUDGETARY REVIEW & APPROVED by t Manfjhar Surana, Director Dep rtment of Management f< uagat �i.;.o,. Ch►a �s " J� /�,�a..� 7� �� act ADDITIONAL APPROVALS (it required) Not ref ufred Sery o v r 9uez, "tirector Planning Department Not re uireea Frank ae ane a, Director community Development 89-63 i 3- f AWARD OF BID Bid No. 87-88-096 ITEM: Office Supplies DEPARTMENT: General Services Ndministration Procurement Division/Central Stores TYPE OF PURCHASE: Contract for One (1) Year REASON: To provide office supplies to all City Departments. POTENTIAL BIDDERS: 59 BIDS RECEIVED: 23 TABULATION: Attached FUNDS: 1988-89 Internal Service Fund,/Central Stores Account No. 420801-700-511000 MINORITY PARTICIPATION: Invitations to bid were sent to twelve 12 Black, thirteen (13) Hispanic and five (5) Women owned firms engaged in the sales of Office Supplies.as located in the following sources: 1. Metropolitan Dade County 'Minority Vendor Directory 2. Bidder applications on file in Procurement. 3. Previous formal bids for similar supplies. Minority response consisted of three (3) rids from Black Firms, six (6) bids from Hispanic firms and three (3) bids from Women Owned firms. BID EVALUATION: Award of specified items is recommended to the lowest responsive and responsible bidder whose product meets or exceeds the quality of the manufacturer's product suggested for each item. Based on inspections of samples and previous product performance, some items are not recommended due to failure to meet quality standards stipulated and bidding on wrong sizes and quantities. Of Six (6) items are ties between an out of town vendor and a vendor located in Dade County, the award is made to the vendors located in Dade County. Of two (2) items that are ties between minority and non -minority, the award is made to the minority vendor. Award of "Balance of line" is recommended to all lowest responsive and responsible bidders who offered a discount on other products they carry. Orders for individual requirements under this category will be placed with the low bidder at the time of need, depending on availability. Following is an analysis of the invitations to bid: Number of Bid Number of Category Invitations Mailed Respon,es Prior Bidders Black American 4 1 Hispanic American 6 2 Woman Owned 3 2 Non -Minority 17 8 New Bidders Black American 8 2 Hispanic American 7 4 Women 2 1 Non -Minority 12 3 Courtesy Notifications 15 0 "No Bids" - 2 Late Bids - Totals 74 25 Page 1 of 2'7"Eii3 i Reasons for "No Bid" were as follows: 1. Joyce Office Products. "Cannot comply." 2. American Computer Supplies. "Inventory levels not sufficient to maintain immediate 3elivery." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE AS FOLLOWS: BIDDER ;Minority SPECIFIED ITEMS BALANCE OF LINE Classification # of Items DISCOUNT Award Amount Offered -Awarded 1. Barnett Office Supplies 45 $15,569.80 42-21% Yes (woman owned) 2. Long's Office Supplies 1 11.64 35% Yes (Non -Minority) 3. Decora Office Furniture 55 107,398.28 40% Yes (Woman -Owned) 4. Photocopy Center 4 16,144.20 None No (Hispanic) 5. Xerox Corp. 5 15,843.12 done No (Non -Minority) 6. X.I.P.S. Corp. 6 5,109.20 40-45% Yes (Hispanic Minority) 7. AMR Office Supplies 4 3,349.60 25% Yes (Black Minority) 8. B & L Business 14 5,054.66 2% No (Black Minority) 9. Coral Paper 6 2,168.15 None NO (Non- Minority) 10. K-Data Products 8 11,441.28 20% Yes (Non -Minority) 11. Mac Paper 2 4,500.00 None No (Non -Minority) 12. Kemron Office Supplies 2 1,264.32 30-35o Yes (Non -Minority) Sub Total $187,854.25 $82,145.75 GRAND TOTAL AWARD $270,000.00 Procurement Supervisor The Minority & Women Business Administrator above recommendation. Date concurs with the /yt t 111► J` Minority & women Business Administrator C—.,2%-O Date Page 2 of 2 SS-637 • r its ULAi iON CIF 6105 FOR ' v C:.v k3eftnr►, C.R Clw% Il h Q"O..«I by oh* C.ry CO-1-61.cr. C-ry Cl-%• C,rY al M-G,-;. f •or-da o P. Mt L crr.a S Pw C." Cadsi wq•o Jrd r` M D N �.6�✓� ✓lam 1� ----- C r�f�Cr — S { � a Item W, idAll �$ L IV _�01�►rov D/5�:��Nr Div h� N� n owl L-417o . v TA ULAT;QN OF BIDS FOR Gtv u.�cgwr, C, v 004 a U. Qoce—od b'! 01,60 C,11 CAD-t.se,co-, L, 3or%. C.hr Cf r.po., F:pl.(.o cz P. U. L cM��a S t-s.•c> >s.�w C..y C_:to 3 "c•,o OTC /. 7_:._� i tRj G3 ��' %}:./� 1.•r��4W.1.y Item y, aES:Rar.CN x�t UNIT PRICE'TOTAL UNIT PRICF. TnT UNIT nT;•r• I;:IIT 1 rubber band # 18 300bx . 3 y7 2 RUBBER BAND #33 400BX .3L 3 -�7 3 RUBBER BAND #54 300BX , 3 • _ Y cr7 4 CEMENT RUBBER CI-00494 40Z W/BRUSH 120BOI y7 SS ,3•/v . �j r l 5 CHEESECLOTH 36"X1OYD A7-10-10 48 PK �,/N 7'✓i� �i 6 CLEANER DESK 15 OZ A7-573 48 CA I -J /•Yr �o l •% 7 ICLIP#1 (100) H4-02001 3000B, 8 CLIP JUMBO 114-02002 100013 9 10 CLIP DISP H4-Cl-PC-BKIP_ CLBOARD F7-204 LETTER 8 EA 6 EA 111 CLIPBOARD F7-205 LEGAL 120EA (� • �) i� �'� 12 DICTIONARY, HARI) B5-HO5070 60EA -� �.F J 1✓ • 3S i 13 ROGET THESAURUS , HARD 135-H01020 _14 DUOTANG L2-53558 BORDER/PANEL,LTR LOBO. �':J —�� �_ "� �,vc) ✓ 1� DUOTANG 1-2-53540 CLEAR,LTR 100BX L �/• U i ;�,} L 1b ENVELOPE BRN CRAFT 6X9 240BXI 7L) i ,✓" %V/. ` _` -� i 17 - ENVELOPE 7X 10 25 BX 3' �.� 1, 18 ENVELOPE 9X12 400BX .!0 ,0C(- 19 ENVELOPE 1 OX 13 60 BX 20 ENVELOPE IUX15 120BX ; ', l •� '- %/ ZI ENVELOPE 12X1512 50 BX 06 22 ENVELOPE,REG 24#WHITE #10 (500) OOBX 23 FASTNER L2-70012 (50) 1OOBX 25 BASES L2-70013 (100) 50 BX 126 BASES L2- 70023 (100) 200BX 300BXK I • �2 1.1 ✓ 1• G;, '•7" 27 FILE FOLDER LETTER 1 3 28 VLILE FULDEK LEGAL 1 / 3 480BX �• 15 Y• 10 /• U � ?l y ITA, ULAi 10N 9F E3105 FOR Q6<0..04 47 ow C.tv Cp....,. �3. pw, G•ti Clw%. C.ti of M.a,.., R'a••do U P. L C.ty �%!s S VO••7 O,a — — 9 a Bu.d ♦..._.. -- -- - Item �+o. CE5CR PT.aN gBX IT ICE TOTAL. UNIT PRICE TO UNIT r1 •' U[IT' uNI'T n T "".i- f__i i ": 29 PENDAFLEX 4152 1/3 LETTER Y '� - Lo SI _ 3 3 -__ _ iV�' —. r 30 PENDAFLEX 41 52 1 5 LETTER U 3, a S` • ! _ 31 PENDAFLEX 4153 1/3 LEGAL 180BX 32 PENDAFLEX 4153 1/5 LEGAL -J BX 33 FRAMES,LETTER F1-442-1 12SET 1.90 34 FRAMES,LEGAL F1-443-1 0 SE 35 COR FLUID WHITE S3-564-01 25 G 36 COR FLUID AST COLOR 100 D 7 7' `%� j • �J- 35 7' y _ — _ 37 38 LIQ THINNER S3-565-01 6 GR 6 GR < o ;r ^•7" _ 1(• % COR FLUID-COPIES-S3-710-01 �'`i� ;d�" 39 INK-20Z-COLORS R3-58701/2/3 60 EA 7�S �� 40 STAMP PADI/ ] BLK OR RED 60 EA,SyZS • cam' __ _ `— - . % - - e ' _ " � - - --- _ ____.__ i -� 41 42 STAMP PAD # 1 DRY INDEX PAGES C1-213-5 (24) 24 EA 10 BX ; � � (/.oU iy2 .3 _ � � —�-.1( _43 INDEX PAGES C1-213-5C (24) 10 BXi 0 '3 L �,U 44 INDEX PAGES C1-213-8 (24) 20 BXi U ° �b _ �• _i_s.� 45 INDEX PAGES C1-213-6C (24) 20 BX ,O J 46 LABELS, F1-FF3 AST COLORS (248) 360BX .7 75 J , rj 0 _l' _ 47 LABELS,WH1'TE A5-S6432 (120) 360BX 1,JO •i�1 !�J 1 48 ELMERS GLUE C1-1:-372 40Z 72BOT 49 GLUE STICK Cl-U-26 200EA �' ���• L%�_ ___ _ 50 STENOBOOK 6X9 PITMAN 60DL =) S D ` Y. f _3 51 STENOBOOK, 6X9 GREGG 144DZ j. Q S/ OA I 52 PADS,LTR P3-C81 1-P 324DZ F' ,6 3 f . `/ 3 S •3 S 53 PADS, LEGAL. P3-C814-P 516 D' , y ',) b j 0 6.60 54 PADS JR SX8 P3-058-CP 48UZ •" 1'95 _ L f S `+ 55 SCRATCH PAD 3X5 P3-C35-WSP ODZ 1 /- 1-O 1,17 4-2 56 SCRATCH PAD 4X6 P3-C46-WSY 2ODZ I � (2 17� El iASULATIQr1 OF elo 5 FOR �. G•y u...coo, C.h 00#4 A. cL Qoca..e/ b-r Mo C.tv Ce•+n. aa,o.•, Gry V.rl. C.tv of M.v*•, F'or•da o P. Y. L 7w C••V Cato 3 wo-•o J•q I•r���ten.p � Ito" No. DESCPIP f.Q►i 57 SCRATCH PAD 5X8 P3-058-WSP 60DZ , 58 MEMO FILLER 4X6 P3-A46-5 (500) 40OPK 59 MEMO HOLDER FOR 4X6 K3-1373 24 EA 60 DESK PAD 24X38 KI-20532 60EA 61 BLOTTER REFILL 24X38 150EA 62 BOND PAPER LTR WHITE 50ORM 63 BOND PAPER LEGAL WHITE 250 R 641 PENCIL #1 210-1 6 GR 65 PENCIL #2 210-2 100GR 66 PENCIL #3 210-3 6 GR 67 PENCIL COLORED W/ERASER 10 DZ 68 PENS, MED BALL 200GR 69 PENS FINE BALL 200DZ 70 PENS,FIBRE 861-11// 20GR 71 PENS RAXOR PT N2-SW-10PP 300DZ 72 PENS, HIGHLIGHTERS 288DZ 73 74J PENS PERM MARKERS 100D7. PUNCH 2 HOLE H2-P200 BK 124 E 75I- H2-P49-BK 72 EA 76CAL REFILL B1-E -50 2 77PUNCH,3HOLE CAL BASE B1-E17-00 100EA 78 REINF A5-TD909 (200) 420P 79 CAL 22X17 B1-SK24-00,EYES 300EA 80 CAL REFILL B1-EZIO-50 CAL BASE B -E - 500EA 81 UNIT PRICE TOTAL ;.y> .82 RULER 12" WOOD 1)2-R501-12 96EA r � 83 RULE - 18 96EA , 84 ELEC PENCIL SHARP N,3-KP-100N 36EA -11. L UNIT PRIG kS (1.10 UNIT 3y is J UNI'i' OT r. f �• r j'(1 1' i - -- — - }' /V - - - 10.20 6 4-- o v,� 1,3 r �� z- •sue --- s TAEBIJLATION QF BIDS F_QFJ • G•V u.•.caer, C.ti 04-tt a U. w _�-- Q.ce..&a b* C.ry Cc•••,.s^s^o.,•, C,y 7". C,tv of V.c^r;. Rlor•do a' P. Y. ---- — - L cw•s.o S I-s.,ro so .?c. C.ry Czeo S wr•a N 5- a- 1•rr�lv.r.4o — - Ili" • UNIT OEs:a�vt•Osr UNIT UNIT U'ii'I' U'�JIT tic. PRICE TOTAL PRICE TOT ,ur TOT" r� , , , T 85 FINGER MOIST A8-10050 108EA y"2, 86 SCISSOR 8" H3-1017-8 2 EA 87 STAPLE REMOVER 70W OR G600 144EA . Lo Z- y l , i� Lj 88 STAPLER #444 - 19 EAy f , /o •l D — - - 89 STAPLES,STD,FULL STRIP SF1 (5000) 1000B S , ,0 -- 90 ADD MACHINE ROLL 2', P4-C225 (100RL 17= � / 00 � `,' ` %�. p0 91 TAPE,MASK 3/4" 48RL /'-43 /,� j� r -- -- - - - 92 TAPE,MASK 1" 144RL L S 7 /ppV'' / `( 93 TAPE,MASK 2" 96RL / - L / 94 TAPE MAGIC 1/2" A8-810-1296'Z- 60RL�95 TAPE,MAGIC 3/4" A8-810-1296-3/4 3000RI96 TAPE W/DISP A8-105 9 RL ` - - - - - - - - 97 TAPE SEAL 2" A8-3750-2-CR 60 RL ) r , q 1� O 98 TAPE DISP A8-C15 120EA- 99 DYMO TA - RL _ 100 DYMO TAPE !Z ESS-158 240 R1 -- 101, WASTE BASKET K6-2956 72 EA--- 102 LETTER OPENER H3-150 48 E . -y jq J j 103 FILE POCKET FI-1536G (10) 100 B. G L' 104 WYWO PADS, PINK L 1-23-000 40PK 105 BINDER 1" L2-C1181 BKL 240EA C1 • 9� 2 ) .p /• �` 106 INDER 2" L2-C 1 182-BKL 40EA 1, % - �- "`1 _��� ✓ � _------ --- -- - - - 107 BINDER 3" L2-1183-BKL .40EA ,U 3,13 ��� '•05' 108 COPY PAPER LTR 200C 7 /•`o /�/ LS • 7 �� Uv -- Z� '7r — - - - 109 COPY PAPER LEGAI. 8000 1-&- 20 32-ou-- .110 IBM RIBBON 1299095 (6) 96BX ?-I? --- III IBM L/OTAPE 1136433 (6) 240B L ��?_ IBM RIBBON 1299508— 4CEA <� %G �arj7 2 a..:so L cr-l" S as Po. C.ly Cade ; Lie—j J.d t.on tia DESCRIP T.ON 11 STAPLE CiRT XEROX 8R2253 114 kIBBONS,CAL S2-80CBR TAi3Ul.AT1n�JN OF F3105 FOR. C.•y u.•.a`c., C.oq C3aw% QKs.-*4 h the C.tv Cc—n.ss•co. C7 3". Ceti 0 V.c—. Rto—,d-a-o UNIT PRICE TOTAL '0 cl , Al b 12 EEA y F 116 DISP SAVIN 7745 (3) 60 BOI Al 117 DRY INK XEROX 6R229 (5) 64 BX 164EA 118 DEVEL XEROX 5R167 I (V 120 DATA BINDER L6-N32-14U (10) 36BX 11-9 121 POST IT NOTES A2-653 240PK t •�J(-, 122 POST IT NOTES A2-654 240PK ?�"? 1231 POST IT NOTES A2-655 240PK y • il- 124 TRAY FOR POSTIT A2-C45 60 EAb�- 125 SHEET PROTECT SP11 40BX c�S� 126 RIBBON QUEME 1V MULTISTRIKE B140 200B. 127 PRINTWHEEL QUEME 36 EA Y 128 PRINTWHEEL QUEME BOX OF 6 0 BX r D 129, RIBBON WWIII B192 1337761 240E 130 LIFTOFF TAPE 1337765 BUR 192LT(6) 192B' )Z 131 PRINTWHEEL WWIII 14EA 132 5''-4 FLOPPY DISC 96TPI (10) 400BX 133 DIABLO RIBBON AP1302/630 B126F(6) 300BX 134 PRINT l 24EA 1344 PRINTWHEEL,DIABLE (BX OF 6) 30BX 3.91y 135 CONT STK FORMS 9':Xll BLANK 3300 10OCS 8 136 CONT STK FOR111S 14 7/8X11 2700 20 CS ;-', 137 TANK, MITA 37001554 IOOEA 8 PEN 6 INK COR FLUID 747-01 OXFORD BLUE 9200T-1/3 (25)_ 4 GR ti 6 Y 139 11O0BX UNIT PRIC1, • y3' N /J 72 LZ - !? AV/3 N r• 0 ?v Nd_ 3" 0 0 N3 /-U 0 LL P. M. M U;IT kAl 6 & tv LF"' -1 - -'/ 1-s- 0 1 y7,✓v N,4- 141,4 11-00 i z_ 1 )-I •00 Tq�ULA�is, QF alCS FS2g a� C'h C)ob 1 M.o��. G'► �oA. C.h e M B.3-0. -0-- Old i & d �..tyu� d.•. es � 1040w DES :;IsP S-CM we. 140 OXFORD BE 9300T 1/3 (25) LU 141 RIBBON FOR DIABLO 635 BR2354 142 PRINTWHEEL FOR " VAR_ S 14 RIBBON XEROX 610/bBUR 182TL 144 L/0 TAPE 145 O,IDATA RIBBON BUR BM176 146 TONER f11TA 37036010 147 DEVEL MITA 37002932 ' 148 BINDER CLIP Srt?+LL H4-020�� 149 BINDER CLIP ME[) 114-0205U ER CLIP LARGE _ 114 0�'100 151 THER'1AL PAPER FM 338 1 152 1 BAL OF LINE A UN I T UN I'I pRIC1? TOTAL PRICE .a 120B 240EA A 24EA 72EA 2q'1 -L 12 BX 288EA �J {8 BO i DZ 50 D7, ► S ' 50DZ 144 Ri �•� ' TABULATIO aF 6105 FOR G•v Q«• .•I b• .l�e C..>. C•—..•.... C vV Jrb, C..ry •/ r:o.:, it•..40 m P. tr. L..w.•• I to Pw C.., G!• L me--' a.N. _ kw yo DES:�tP r.aw i� !ti ✓/ C fly /> L twr+R /1/O — �r� 1 .J / /�/�qy� ✓..:./-! U GL/}�; / %C J/V ��/S - ✓/ C _ 10 0 Q ad,vi Tr, 5 Io7,... -- =lw;c p v�✓7— Y�-IS o zr`7o n✓R MIN 0 E TABULATION OF BIOS FOR tti rrw�. Gry 0. % L AL { i«....J to •w C.-V co—sor. C.•V 7.A. C.•y./ r:w.:, FIG. -to a P. is. !•.�. XI P5,RUNIT 4c"1 t..r-..a a.;'- Gry Cal. f wc••* 0... S91 " Z3 L 46 �� �i6 0 L 5y 1 C_1 L / t✓ o i 1 �Ji%t /s wl-! /FA/ M. OESCR&PT.O#+ TOTAL PRICE UNIT UNIT UNIT UNIT TOTAL 1 rubber band i18 _-- AL �I/ 2 RUBBER BAND #33 3 RUBBER BAND 5 kC 4 CEMENT RUBBER C1-00494 40Z W/BRUSH 5 CHEESECLOTH 36"X10YD A7-10-10 6 CLEANER DESK 15 OZ A7-573 (100) H4-02001 OOOBCLIP JUMBO H -0 , BCLIP rCLIP#1 DISP H4-C1-PC-BK 8 EACLIPBOARD F7-204 LETTER 6 EA CLIPBOARD F7-205 LEGAL 20EADICTIONARY, HARD B5-H05070 60EA 13 ROGET THESAURUS,HARD B - 14 DUOTANG L2-53558 BORDER/PANEL,LTR IOBO 15 DUOTANG L2-53540 CLEAR,LTR OOBX 16 ENVELOPE BRN CRAFT 6X9 240E 17 ENVELOPE 7X10 25 B' _ 18 ENVELOPE 9X12 400BX 19 ENVELOPE 1OX13 60 BX 2 ENVELOPE 1OX15 120BX _ 2 ENVELOPE 12X15� 50 BX 22 ENVELOPE,REG 24#WHITE #10 (500) OOBX Fi 23 FASTNER L2-70012 (50) 100BX 300BX 25 tBASES L2-70013 (100) SO BX ASES L2- 70023 (100) 200BX 27 FILE FOLDER LETTER 13 300BX I E FOLDER LEGAL 1/3 480BX `•�/ 1 AR-637 TABULATION OF BIDS FOR C.sy ow% A. AL O«s..d b. *A. C.hr Cr..svep. G•y Jai. C..ti •111,w:. Fle-is i, r. ,•sue. �"�LL% '� I.-cr'sM S I-s.•ea as P.. C.ry C.i!• f Mr•s Ord. UNIT PRICE TOTAL UNIT PRICE UNIT UNIT UNIT UNIT TOTAL lima ..,. oEsCMIor.o« _:...29 PENDAFLEX 4152 1/3 LETTER 60 BX /if tj A16 30 PENDAFLEX 4152 1 TT 31 PENDAFLEX 4153 1/3 LEGAL 180BX 32 PENDAFLEX 4153 1/5 LEGAL 30 BX ' 33 FRAMES,LETTER F1-442-1 12SET 34 FRAMES,LEGAL F1-443-1 60 SE 35 COR FLUID WHITE S3-564-01 25 G 36 COR FLUID AST COLOR 100 D 37 LIQ THINNER S3-565-01 6 GR 381 COR FLUID-COPIES-S3-710-01 39 INK-20Z-COLORS R3-58701/2/3 60 EA 40 STAMP PAD11 BLK OR RED 60 EA 41 STAMP PAD #1 DRY 24 EA 42 INDEX PAGES C1-213-5 (24) 10 BX 43 INDEX PAGES C1-213-5C (24) 10 BX 44 INDEX PAGES C1-213-8 24 20 BX 45 INDEX PAGES C1-213-8C (24) 20 BX 46 LABELS,F1-FF3 AST COLORS (248) 360BX 47 LABELS,WHITE A5-S6432 (120) 360EX 48 ELMERS GLUE Cl-E-372 40Z 72BOT 49 iGLUE STICK Cl-U-26 200EA 50 STENOBOOK 6X9 PITMAN 60DZ 51 STENOBOOK, 6X9 GREGG 144DZ J,S _ 52 PADS,LTR P3—C811—P 324DZ 53 PADS, LEGAL P3—C814—P 516 D 54 __PADS JR 5X8 P3—058—CP 48DZ 55 SCRATCH PAD 3X5 P3—C35—WSP 60DZ i �• p 56 SCRATCH PAD 4X6 P3—C46—WSP 120DZ V C 99-63- TAE3uLAT10N OF 0105 FOR !� 'Gov rse.."W. C•ti O.A A. IL OKs.-si by the C.ti Ce.-...ss.ow, C.I car%. coo o1 %son:. ilaf.ja o P. Y. L•CM�M i �f.Mf� 1• �M C•f� CSC• r�••t 0�. - ly b. dw •...--f 11.►pyl I.f. h � loom DES:RIPr.OK UNIT PRICE TOTAL UNIT PRICE UNIT. UNIT UNIT UNIT TOTAL 57 SCRATCH PAD 5X8 P3-058-WSP- - 60DX jvN AJA 58 MEMO FILLER 4X6 P3-A46-5 (500) 40OP ,p 59 MM HOLDER FOR 4X -1 3 24 EA 60 DESK PAD 24X38 K1-20532 60EA 61 BLOTTER REFILL 24X38 150EA 62 BOND PAPER LTR WHITE RM 63 BOND PAPER LEGAL WHITE 250 64 -PENCIL #1 210-1 6 GR 65 PENCIL #2 210-2 100GR 66 PENCIL #3 210-3 6 GR 67 PENCIL COLORED W/ERASER 10 DZ 68 PENS, MED BALL 200GR 6 PENS FINE BALL 200DZ 70 PENS,FIBRE 861-11// 20GR 71 PENS RAXOR PT N2-SW-10PP 300DZ — -- — - 72 PENS, HIGHLIGHTERS 28RDZ 73 PENS PERM MARKERS 10ODZ 74 PUNCH 2 HOLE H2-P200 BK 124 El 75 PUNCH,3HOLE H2-P49-BK 72 EA 76 CAL REFILL B -E - ----- 77 CAL BASE B1-E17-00 100EA 78 REINF A5-TD909 (200) 420P 79 CAL 22X17 BI-SK24-00,EYES 300EA 80 CAL REFILL B1-E210-50 500EA 81 CAL BASE B -E - 82 RULER 12" WOOD U2-R501-12 96rEA 83 R - - 96EA rr 1 4 ELEC PENCIL SHARP M3-KP-LOON 36EA i 40 N14-63 7 TAeULAT1ON OF SIDS FOR a.ce.-od bo oke C..v Co-mm.ea.or•, C..j arms. Cnp o/ y:w:. Plot -de w `p. y s. �:.. i %.'clw,04 s Ir.y.-vC is Per c.t' Cade I, w*..* Ord. 6-d Bond i Item %a. UNIT PRICE TOTAL UNIT PRICE UNIT UNIT UNIT 85 FINGER MOIST A8-10050 lOBEA Al 86 SCISSOR 8 H3-1017- 2 87 STAPLE REMOVER 70W OR G600 144EA 88 STAPLER 1444 192 89 STAPLES STD FULL STRIP SF1 (5000) 1000B 90 ADD MACHINE ROLL 214 P4-C225(100RL 17CT yS 91 TAPE,MASK 3 4 q RL N 92 TAPE MASK 1" 144RL 93 TAPE,MASK 2" 96RL 4 TAPE MAGIC 1/2" A8-810-1296-� 60RL — - 95 TAPE,MAGIC 3/4" A8-810-1296-3/4 3000R 96 TAPE W/DISP A8-105 RL 97 TAPE SEAL 2" A8-3750-2-CR 60 RL 98 TAPE DISP A8-CI5 1120EA 99 1120RL 100 DYMO TAPE 'i ESS-158 240 101 WASTE BASKET K6-2956 72 EA, 102 LETTER OPENER H3-150 48 103. FILE POCKET F1-1536G (10) 100 B 104 WYWO PADS,PINK L1-23-000 840PK 105 BINDER 1" L2-C1181 BKL 40EA 106 NDER 2" L2-C1182-BKL 240EA 107 BINDER 3" L2-1183-BKL 240EA 108 COPY PAPER LTR 320OC4yFf-S�c r 109 COPY PAPER LEGAL 800csj' 110 IBM RIBBON 1299095 (6) 96BX �o , 0 4, I L -✓ !11 IBM L/OTAPE 1136433 (6) 240B 5.3 0 112 IBM RIBBON 1299508 4CEA 1-Sv ? ." i.3 ti ., I UNIT 11 ; OTAL 40 TAeV1.ATIQLj_QF E310S FQR Croy sw. C.q ow% Al tL Q.co..od by the C.h Cor+•a.avow. C.q 'J' ..r. Ciry o/ "-we:. ftor.44 o P. Ad. L c�.•aw S tws.rea is Per C.re Cade ; v@••I Oro. 1►r�,t�a.M � lies "a. DES,-" T.ON TOTAL UNITr PRICE UNIT UNIT UNIT UNIT TOTAL 11 STAPLE CART XEROX 8R2253 11 RIBBONS,CAL S2-80CBR I - ]"64EA vo116 DISP SAVIN 7745 (3) 73,75 117 DRY INK XEROX 6R229 (5) 17Z.S 118 --Tr7 DEVEL XEROX 5R167 /5- ./c' FUSER -AGENT XEROX 8RZ955 48 EA ,Sp Al/ 120 DATA BINDER L6-N32-14U (10) 36B" 121 POST IT NOTES A2-653 240PK 122 POST IT NOTES A2-654 240PK 123 POST IT NOTES A2-655 40PK 124 TRAY FOR POSTIT A2-C45 0 EA A/ 125 SHEET PROTECT SP11 40BX 126 RIBBON QUA IV MULTISTRIKE B140 200E /?,av 127 PRINTWHEEL QUE"tE 6 EA 3• Y v J N/3 128 PRINTWHEEL QUEME BOX OF 6 0 BX v• o l 2 7_ d U 129 RIBBON WWIII B192 1337761 240 130 LIFTOFF TAPE 1337765 BUR 192LT(6) 192B -°- 131 PRINTWHEEL WWIII EA j! 1> i - ;J ^//jAl 132 51t FLOPPY DISC 96TPI (10) 400BX ?.`�S %. ") !l �S /3-65 133 DIABLO RIBBON AP1302/630 B126F(6) 300BX I��YS 134 PRI 24EA Yp 134 PRINTWHEEL,DIABLE (B� OF 6) 30BX for O N _ 135 CONT STK FORMS 9`_•X11 BLANK 3300 100CS i�, N 136 CONT STK FORMS 14 7/8X11 2700 20 CS Iff6� 137 TANK, MITA 37001554 100EA PEN 6 INK COR FLUID 747-01 4 GR NA 139 OXFORD BLUE 9200T 1/3 (25) 100BX 1 /✓� CiL� 8. L•co-s.o S too -coo so P.. C..y Cal. & ws••s 0•d. 8-4 G .-t &. Gam-. lass yo. OES:PIP T.OK 140 OXFORD BLUE 9300T 1/3 (25) 141 RIBBON FOR DIABLO 635 8R2354 142 PRINTWHEEL FOR " VAR STYLES 3 RIBBON XEROX 610/620 B182 144 L/O TAPE BUR 1 2TL 145 OKIDATA RIBBON BUR BM176 146 TONER MITA 37036010 147 DEVEL MITA 37002932 , 148 BINDER CLIP SMALL H4-0202 -149 BINDER CLIP MED H4-02050 U0 BINDER CLIP LARGE H4-02100 151 THERMAL PAPER FRI-338 152 BAL OF LINE TABULATION OF 810's FOR C.s 44 ..►. C.sy Clw% A. K. Qscs...J b*'w C..T Cr•..swe". C fv CIW#A. C.tv of %A.w..:. Ftas.do o LP,^tr. AZ4 Ex 1 1 s UNIT UNIT PpTri �•5 .q UNIT UNIT TOTAL Nlq- 5--L- y- 3-Y it- IL-6 0 TA I�Ll -- F tps F ed G n�►. Crq n•A. aar bt �� C.rt 4.+w.sa.aw, cry 7 C.ry al �.:" V. ft •r.do w dt dw v.a Brae sa iw C•►► Cad. i u.•-a Ord. ./-r— G� ^P"NG-� as fop 77 6i?L - y w T TA : a u. U P y r 7- 4.c•..d ar 9%4 C..r t !7?�- Uv S 70nn _ f? U f UNIT TOTA ors f L ' s••:N a,. c..r Cat. s !i UNIT �...�... i t,.,...a .. L/ UNIT --- _- bs b.� �'+•" � UNIT UNIT UNIT PRICE PRICE TOTAL S 1w. OES��'ot•0►� 300bx S me. 3 I rubber_b d #18 400BX 2 RUBBER BARD #33 BX ' 3 RUBBER BAND 5 120B4 D 1, / RiJBBER CI-00494 40Z W1gRUSfl � 4 , 2jT 8 PK lV 5 CHEESECLOTH 36"X10YD A7-10-10 48 C �.0 ,u 3 6 CLEANER DESK 15 OZ A7-573 000B It/ 7 CLIPj1 (100) H4-02001 B ,q CLIP JUDO H -0 8 F '� , 7 L CLIP DISP H4-CI-PC-BK 6 EA 9 F7-20q � !% 10 CLIPBOARD 4 LETTER 120EA Yi ---- 11 CLIPBOARD F7-205 LEGAL 60EA 'o c) B S-H05070 � .) + -J . D 6 3 -- 12 DICTIONARY, HARD B _ f L 13 ROGET THESAURUS,1� lOBO J -- OOBX 1 f f - — 14 DUOTANG L2-53558 C �RL R EL,LT U� � - 1$ DUOTANG L2-53540 240B S 16 ENVELOPE BRN CRAFT 6 X9 0 , 3 17 ENVELOPE 400BX b�� 9x12 18 ENVE' OPE 60 BX 1OX13 ,)'j' 19 ENVELOPE 120BX 1 OX 15 20 ENVELOPE 50 BX ice, 12X15',� pOBX '� 1 2 ENVELOPE lu5 22 ENVELOPE,REG 24#WHITE �#10 (500) 100BX 23 FASTNER L2-70012 (50), 300BX _ 50 BX /V .Z 25 BASES L2-70013 (100) �- - 200BX ASES L2- 70023 (100) 300BX SD •27 FILE FOLDER LETTER 1 3 480BX' p , 78 ILE FOLDER LEGAL 113 TABULATION OF BIOS FOR � TG.q r...q_, C.q O..% l it 04c....1 bw the C..r Cv....v.•�, Cry '..lab, C.^r of Aiw.;. fTyr.1• a P. is. l-c..•..• f 1........ iw C•.y Cad. 1. we,.* Ord. .- I.M "• ors:RIrT.aN UNIT PRICE TOTAL UNIT PRICE UN'T UNIT UNIT UNIT TOTAL 29 PENDAFLEX 4152 1/3 LETTER f• .fS 30 PENDAFLEX 4152 1 LETTERiq r12SET L 31 PENDAFLEX 4153 1/3 LEGAL 7.j 32 PENDAFLEX 4153 1/5 LEGAL 33 FRAMES,LETTER F1-442-1 Z •`17z 34 FRAMES,LEGAL F1-443-1 0 SE ,0 /•° 35 COR FLUID WHITE S3-564-01 25 G 11(j.5 `� % 36 COR FLUID AST COLOR 00 D •5 e 3 37 LIQ THINNER S3-565-01 6 GR 7 . S . U 38 COR FLUID-COPIES-S3-710-01 l:-6•V 1� 96 39 INK-20Z-COLORS R3-58701/2/3 60 EA 1 �S 40 STAMP PAD 1 BLK OR RED 60 EA 9 e 41 STAMP PAD #1 DRY 24 EA a y 42 INDEX PAGES C1-213-5 (24) 10 EX /I_ 43 INDEX PAGES C1-213-5C (24) 10 BX 2— U 44 INDEX PAGES C1-213-8 24 20 BX � 1, 7✓ . zy` 45 INDEX PAGES C1-213-8C (24) 20 BX 46 LABELS,F1-FF3 AST COLORS 248) 360BX W 5 47 LABELS,WHITE AS-S6432 (120) 360BX 48 ELMERS GLUE Cl-E-372 40Z 72BOT 49 GLUE STICK Cl-U-26 200EA 27 50 STENOBOOK 6X9 PITMAN 60DZ 6 6 51 STENOBOOK, 6X9 GREGG 144DZ - 52 PADS,LTR P3-C811-P 324DZ 53 PADS, LEGAL P3-C814-P 516 D' 54 PADS JR 5X8 P3-058-CP 48DZ 13 'L 55 SCRATCH PAD 3X5 P3-C35-WSP 60DZ .7 56 SCRATCH PAD 4X6 P3-C46-WSP 20DZ 7 E2a. .` 91 t f* TAE3Ul.AT10N QF 13vp5 FOR 40co—d by Ny C.ti Ca—M.G.—up. C.q am%. C.ry •1 Y:w..:. Fref.da m P. Y. s.,:.. e- L•ctrmsoo i 1.►.rec is Por C.ol G•• !• i agco Ord. des........_." 1 r►�4�1 fir. t. M � It"' yam• OESC.7�PT.QN UNIT PRICE TOTAL UNIT PRICE UNIT UNIT UNIT UNIT TOTAL 57 SCRATCH PAD 5X8 P3-058-WSP 60D2 58 MEMO FILLER 4X6 P3-A46-5 (500) 40OP 59 MEK0 HOLDER FOR 4X K -1 3 2 •Yo 60 DESK PAD 24X38 K1-20532 60EA Z• 61 BLOTTER REFILL 24X38 150EA ,7 Z 62 BOND PAPER LTR WHITE RM �y,� 63 BOND PAPER LEGAL WHITE 250 R ( • 773 64 PENCIL #1 210-1 6 GR ,G /' �•3% G, 37 65 PENCIL #2 210-2 IOOGR 66 PENCIL #3 210-3 6 GR-- 67 PENCIL COLORED W/ERASER 10 DZ 68 PENS, MED BALL 200GR N A- 69 PENS FINE BALL 200DZ 70 PENS,FIBRE 861-11// 20GR I3S V 2-Y, 6 IH- 71 PENS RAXOR PT N2-SW-10PP 300DZ i•U �. 72 PENS, HIGHLIGHTERS 288DZ I ' Y� 73 PENS PERM MARKERS 100DZ 74 PUNCH 2 HOLE H2-P200 BK 124 E --- 75 PUNCH, 3HOLE H2-P49-BK 72 EA /,) , ,q 76 CAL REFILL B -E - ---- 77 CAL BASE B1-E17-00 100EA 78 REINF A5-TD909 (200) 420P a. 79 CAL 22X17 B1-SK24-00,EYES 300EA 80 81 CAL REFILL BI-E210-50 CAL BASE Bl-E21-00 500EA So f , 87� 82 RULER 12" WOOD D2-R501-12 96rEA 84 ELEC PENCIL SHARP M3-KP-100N 36EA 73 rA� TA®ULATION OF E3105 FOR v • Gov re•vp, cow ow%A, 1L w Z 0•ce._d bs •Ae C.ti ca—ft-seen. G•ti ae-%. cov e/ r.w:, fie. -do a p. is. L erswr S I.a.•ee so, Pe. C..w Cat• ; ase••s Oed. I..ey-rl �r.r. es a I"' • DES:�1'T.ON UNIT PRICE TOTAL UNIT PRICE UNIT UNIT UNIT UNIT. TOTAL 85 FINGER MOIST A8-10050 108EA I AIR 86 SCISSOR 8 H3-1017- 2 -7? 87 STAPLE REMOVER 70W OR G600 144EA • 88 STAPLER #444 89 STAPLES STD,FULL STRIP SF1 (5000) 1000B • S •Y6Y VA 90 ADD MACHINE ROLL 2k P4-C225(IOORL 17CT i-b, LS Gr •UO . 91 TAPE,MASK 3 4 4 RL _SL ti Re Eir 92 TAPE MASK 1" 144RL 93 TAPE,MASK 2" 96RL - -- - - -- - 94 TAPE MAGIC 1/2" A8-810-1296-� 60RL /./ ,4 S 95 TAPE,MAGIC 3/4" A8-810-1296-3/4 3000 /,j / ).o 5- 96 TAPE W/DISP AB-105 RL ,�� N 97 TAPE SEAL 2" A8-3750-2-CR 60 RL ` � 98 TAPE DISP A8-C 15 120EA 99 DYMO -52ul 120RL✓! . yv - - 100 DYMO TAPE � ESS-158 240 RI ✓� p - 101 WASTE BASKET K6-2956 72 EA- 102 LETTER OPENER H3-150 48 E .7 / ` 103 FILE POCKET F1-1536G (10) 100 B. Aj . oo I� ; - ---- 104 WYWO PADS,PINK L1-23-000 840PKI /,-)- 105 BINDER 1" L2-C1181 BKL 240EAJ 1061 BINDER 2" L2-C1182-BKL 40EA ►9 L. 1071 BINDER 3" L2-1183-BKL /,OEAi 311� 108 COPY PAPER LTR 320OC4 U Z-L. _ „2 - 109 COPY PAPER LEGAL 800C 4 IIU IBM RIBBON 1299095 (6) 96BX 111 IBM L/OTAPE 1136433 (6) 240j �,rZ IBM RIBBON 1299508 4CEA -- 1.'1 94 44 TAeUt-AT1QN OF BIOS FOR Gav r.wga., C.ti O. JL AL 4.c a..ai ba M. C.a C.•v.-W—. G.ti '.7.A. C..v o/ Y.o+:, 0`4.•40 m P. aa. s•a�a. C-11 P I—�., Y Nd. L c. a.1 S Pn C..v Ca�a••a OH. ti's r,. 0Es:� vr.pN r UNIT PRICE TOTAL UNIT PRICE UNIT UNIT UNIT UNIT 11 STAPLE CART XEROX 8R2253 0 CT /v .-_ TOTAL 11 RIBBONS.CAL S2-80CBR 120EA 116 DISP SAVIN 7745 (3) 60 BOX 117 DRY INK XEROX 6R229 (5) 64 BX 118 DEVEL XEROX 5R167 FUSER 64FA AGENT-XEROX BRZ955 48 EA 120 DATA BINDER L6-N32-14U (10) 36BX lUr 121 POST IT NOTES A2-653 240PK - ---- - -- - - -- 122 POST IT NOTES A2-654 — 240PKI I .qv 123 POST IT NOTES A2-655 240PKT- 124 TRAY FOR POSTIT A2-C45 60 EA z.7Z - - -- — - 125 SHEET PROTECT SPil 40BX- 126 RIBBON QUEME IV MULTISTRIKE B140 200B — 127 PRINTWHEEL QUEME 6 EA 6 �✓ % l -- -- — 128 PRINTWHEEL QUEME BOX OF 6 BX - — 129 RIBBON WWIII B192 1337761 240E 11 3 130 LIFTOFF TAPE 1337765 BUR 192LT(6) 192B -- 131 PRINTWHEEL WW111 EA ��g — 132 5z FLOPPY DISC 96TPI (10) 400BX v --- -- - 133 DIABLO RIBBON AP1302/630 B126F(6) 300BX - - - -- 134 PR 24EA - 1341 PRINTWHEEL,DIABLE (BX OF 6) 30BX y - '135 CONT STK FORMS 9'X11 BLANK 3300 100CS 136 CONT STK FORMS 14 7/8X11 2700 20 CS 7 137 TANK. MITA 37001554 LOOFA !V /Ul3 PEN 6 INK COR FLUID 747-01 139 OXFORD BLUE 9200T 1/3 (25) jlOOBX- -- L7lQ_r -�•-v VV F Ll TA 1=2 as AT•/1►• ON In m.r\C �-- �13.:L • ® 1 11 : ' . 061, 1: �rirrrrrrr■�rn,�s • rrrrrr r� rrr s� E R ' . �r�rrrrrr■rrirrr�srir irrrrrrrrr■rr� MW®rrrr�rrrrrr�rrrrrreElmrrrrIMMEr■�r��rrrr ®1 , � . , OKIDATA RIBBON BUR BM176 '37036010 --BINDER �rrrrrrrrrrrr�arrrr� m�IN 11: :: r�r irrrrrr�rrrm�rrrrri�re�rrrr�rrrrr rrrrrr�rrrrrrrrr�rrr���� IMENrr� rr�rrr�r�r■r�e�r�■�rMEN EMINIM rEl �sisr®rr�ia it im. CLIP MED 1 1 , 11 �-�arrrrrrrrm�THEr�ri ®B 1 11 . PAPER . , 1 � ��rr�i r M=MME rrrrrrr MINE ��MEN . • r■rMIME rr ar■ r s r�r�rrrr�rr�rrrrrrrrrr�rNOMIN■rr�rrrrir �v r■rr�rrr�rrrrrrrrrr��rrrrrrr■�rrr■r err � rrriir�� rrrrrr MINE rrrrr■■rrrr rsr�rrrMINEEMIN !� rrrrrr�r■rrrr■rrrrr =rr•rrr�rrrr �I IMMI rr rrrrr�EMIN IMr�rrrrr�rrrrrrrr rrrrrrsSIMME IN AMINE s rr �rrrrrrrr NEMI E r�rrrrrr�r�■r��rrr� �rrr iris. ��rsrisrss�rir rr■r�r�sr■r�� � � r■Mrr■rrrr■rr��r �rrr rr i TABLIIATIQN QF. BIOS FOR Q«....I by ow C..V G.— ove••. Gy 7w%. C.tv *I r.w:, P��••�a a P. Y- s•a.. C -- MAC LC.q G!• ! ��••� Q•�. 1••p�l �.e.h � y� DE i:;FlP T.ON )aiS' ANl �,� - /'✓>n% — -- - — - /k , o ��ia= � 'Litt o�� A/oN ��/ _�... i �J✓NT �i fl ;-(i �✓✓Ill���s -j%-� —•.� - .,'yJ,�.oU _,J �. /I;.lL - - -- TABL1l.e4T10N OF BIOS FOR 410ce..ed bt N.e G•e Gr•..s..e.•. GOP 7w%. Ceti a/ v:o•:. fia..ta • o. as. l•ce.��e 1 too -Fee sr Pe. C•13p Cole i're••* 004. 6 — S 00 ggl0 0 d. •..d �...... / -3yL r i...r,i.......pj0A1 A 161,1 Iowa y�. DESCRIPT.aN UNIT PRICE TOTAL UNIT PRICE UNIT UNIT UNIT UNIT TOTAL ` __1 _ rubber band #18 300bx Av __ -=" _ 2 RUBBER BAND #33 400 BX 3 RUBBER BAND 5 B EMENT RUBBER C1-00494 40Z W/BRUSH 12080 f - 5 CHEESECLOTH 36"X10YD A7-10-10 48 PK - 6 CLEANER DESK 15 OZ A7-573 48 Cl 7 CLIP#1 (100) H4-02001 OOOB 8 CLIP JUMBO H -0 B 9 CLIP DISP H4-Cl-PC-BK 48 EA 10 CLIPBOARD F7-204 LETTER 36 EA 11 CLIPBOARD F7-205 LEGAL 120EA 12 DICTIONARY, HARD B5-HO5070 60EA 13 ROGET THESAURUS,HARD B -H 14 DUOTANG L2-53558 BORDER/PANEL,LTR 10B0 1� DUOTANG L2-53540 CI.EAR,LTR lOOBX 16 ENVELOPE BRN CRAFT 6X9 240B -)If TT ENVELOPE 7X10 25 B j S i 18 ENVELOPE 9X12 400B I 19 ENVELOPE 1OX13 60 BX 20 ENVELOPE IOX15 120BX 21 ENVELOPE 12X15' 50 BX 22 ENVELOPE,REG 24#WHITE #10 (500) OOBX 23 FASTNER L2-70012 (50) 100BX 300BX 25 BASES L2-70013 (100) 50 BX L2- 70023 (100) 200BX 273BASES ILE FOLDER LETTER 1 3 300BX ? I E FOLDER LEGAL 1/3 480BX U TA®ULATI nN OF 6105 FOR G..v %fi.ft.sw. C•A O.! . JL AL Qacs..od br vw Ghr Co—m-sowo. C-ry 0w%, C.ey Of r.w:. F'O"s o O, r- :•s:�. fgUN l/ lL•crsva S 1-a.wa s• Pw C.;T Ca!• i 600••a 0•d.UNIT via. OES:a+rT.ON PRICE TOTAL UNITIT PRI UNIT UNIT UNIT TOTAL'" -. -29 PENDAFLEX 4152 1/3 LETTER 60 BR - - - 30 P EX 4152 1 L 31 PENDAFLEX 4153 1/3 LEGAL 180BX _ 32 PENDAFLEX 4153 1/5 LEGAL 0 BR 33 FRAMES,LETTER F1-442-1 12SET 34 FRAMES,LEGAL F1-443-1 50 SE 35 COR FLUID WHITE S3-564-01 25 G 36 COR FLUID AST COLOR 100 D 37 LIQ THINNER S3-565-01 6 GR 38 COR FLUID-COPIES-S3-710-01 6 GR- 39 INK-20Z-COLORS R3-58701/2/3 60 EA -- ---- 40 STAMP PAD 1 BLK OR RED 60 E 41 STAMP PAD #1 DRY 24 EA -- 42 INDEX PAGES C1-213-5 (24) 10 BX 43 INDEX PAGES C1-213-5C (24) 10 BX --- 44 INDEX PAGES C1-213-8 24 20 BX___-- 45 INDEX PAGES C1-213-8C (24) 20 BX_J- 46 LABELS,F1-FF3 AST COLORS 248) 360BX 47 LABELS,WHITE A5-S6432 (120) 360BX- 48 ELMERS GLUE CI-E-372 40Z 72BOT I I- 49 GLUE STICK CI-U-26 20OFA 50 STENOBOOK 6X9 PITMAN 60DZ 51 STENOBOOK, 6X9 GREGG 144DZ 1324DZ 52 PADS,LTR P3-C811-P 53 PADS, LEGAL P3-C814-P 16 D- 54 PADS JR 5X8 P3-058-CP 48DZ 55 SCRATCH PAD 3X5 P3-C35-WSP ODZ 56 JSC15TCH PAD 4X6 P3-C46-WSP 2UDZ C7 4--t: `2 -i —�Uy45M. i5dU Lr OlUp p-LJpj i stir Gy C.rp Owl A. 6L e K....+ bt .� C•h �..N M, �+� .7 �. �•fy �� Y: w:, R1�..�� O 0. Y. L..—." S I.....a .. a« C.,Cie. i ��•.! 0.�. 6d bw v..." //v 1... r.. DES:aiPi•ON TOTAL UNIT PRIC UNIT UNIT UNIT UNIT -57 SCRATCH PAD 5X8 P3-058-WSP _ TOTAL 58 59 14EMO FILLER 4X6 P3-A46-5 (500) MEMp HOLDER FOR 4X -1 tUN rT 60 DESK. PAD 24X38 K1-20532 61 62 63 BLOTTER REFILL 24X38 BOND PAPER LTR WHITE BOND PAPER LEGAL WHITE64 r fU 3S PENCIL fi 210-1 , GR Al AJ14 65 PENCIL 92 210-2 100GR 66 PENCIL 63 210-3 6 GR -- — 67 68 PENCIL COLORED W/ERASER PENS, MED BALL 10 DZ 200GR -- --- 6 70 PENS FINE BALL PENS,FIBRE 861-11// 200DZ 20GR -- -- -- 71 72 PENS RAXOR PT N2-SW-10PP PENS, HIGHLIGHTERS 300DZ 288DZ - --- — - - - _- 73 PENS PERM MARKERS lUODZ — -- — ---- 74 PUNCH 2 HOLE H2-P200 BK 124 E -- 75 76 PUNCH,3HOLE H2-P49-BK CAL REFILL B1-E 72 EA 77 CAL BASE B1-E17-00 lOOEA - 78 REINF A5-TD909 (200) 42OP 79 CAL 22X17 B1-SK24-00,EYES 300EA 80 81 82 83 CAL REFILL B1-E210-50 CAL SASE- RULER 12" WOOD D2-R501-12 Z-RDUI-id 500EA 96EA 9 EA ELEC PENCIL SHARP N3-KP-LOON 36EA NN-637 .r A 0I of AT./'♦►■ �r l9.r♦r �w w 4ece.-ef be tke C.ti Co .%.%v,—. C.y CleA. C.,V •/ r:�+:, fy,.Is • P. y. e•7:I. L ce-ses S l..a-.es is Per C..y Cate L soe••s Ord. AI 11A/ 8-4 Nr►��Isr..N a Item ra- OES:���t.pM UNIT PRICE TOTAL UNIT T PRIPPTrw UNIT UNIT UNIT UNIT . 85 FINGER MOIST AS—I0050 108EA TOTAL 86 SCISSOR 8 H3-1017— 2 87 OVER 70W OR G600 144EA 8844 1 89D FULL STRIP SFL (5000) 1000B 90 E ROLL 2'-t P4—C225(IOORL ETAPE.MAHSKK 17C 91 3 4 4 RL _ 921" 93 4 95 TAPE,MASK 2" TAPE MAGIC 1/2" A8-810-1296—� 144RL L L - U TAPE,MAGIC 3/4" A8-810-1296-3/4�. t3000RI 96 TAPE W/DISP A8-105 RL N 97 TAPE SEAL 2" A8-3750-2—CR 60 RL ----- 98 TAPE DISP A8—C15 120EA — 99 DYMO — — — — ---- - 100 DYMO TAPE ESS-158 240 R 101 WASTE BASKET K6-2956 72 EA 102 LETTER OPENER H3-150 48 1 103 FILE POCKET F1-1536G (10) 100 F +� 104 WYWO PADS,PINK L1-23-000 840PK I 105 BINDER 1" L2—C1181 BKL 40EA — — ER 2" L2—C1182—BKL 40EA 107 BINDER 3" L2-1183—BKL 40EA 1200CSIZ _ I 108 COPY PAPER LTR iqS 3.,L 109 COPY PAPER LEGAL 800C ,9 ,J �.� W.�S U.7 lI0 IBM RIBBON 1299095 (6) 96BXu III IBM L/OTAPE 1136433 (6) 240BX LA -ALL- IBM RIBBON 1299508 4CEA TAQULATION OF BIDS FOR G+* d..+.w. Gy am% • P. AL Qecs..04 %V C.ev Co..,.,.sww-. G•ti 7erit. C..y 0 v:a.:. Plat -do o P. he. L•cr.e S I-e.•« :. Pow C.ey Cate I Me-,* O•.. 6. 80..4 a...... 1i•' y� OES:RIPT.aw UNIT PRICE TOTAL UNIT PR UNIT r UNIT UNIT UNIT TOTAL 11 STAPLE CART XEROX 8R2253 NA 11 RIBBONS,CAL S2-80CBR R4B 116 DISP SAVIN 7745 (3) 117 DRY INK XEROX 6R229 (5) 118 DEVEL XEROX 5R167 64EA tj 48 EA �, % 120 DATA BINDER L6-N32-14U (10) 36BX 121 POST IT NOTES A2-653 240PK • 122 POST IT NOTES A2-654 40PK 123 POST IT NOTES A2-655 40PK 124 TRAY FOR POSTIT A2-C45 0 EA 125 SHEET PROTECT SP11 40BX 126 RIBBON QU&4E IV MULTISTRIKE B140 200E 127 PRINTWHEEL QUEME 6 EA 128 PRINTWHEEL QUEME BOX OF 6 0 BX 129 RIBBON WWIII B192 1337761 240E .1LS 130 LIFTOFF TAPE 1337765 BUR 192LT(6) 192E / Z— u v r 131 PRINTWHEEL WWIII EA --- 132 5� FLOPPY DISC 96TPI (10) 400BX !-Iu 133 DIABLO RIBBON AP1302/630 B126F(6) 300BX -S O 134 PRI 24EA 134 PRINTWHEEL,DIABLE (BX OF 6) 30BX N 113 • 135 CONT STK. FORMS 9' X11 BLANK 3300 100CS 1,9 U 136 CONT STK FORMS 14 7/8X11 2700 120 CS Lie 137 TANK, MITA 37001554 100EA PEN & INK COR FLUID 747-01 4 GR 9 Vj OXFORD BLUE 9200T 1/3 (25) 100BX to TARtll ATenlu e-%c ninc rAVEW 'tRt w sw � .� � � . P R ��ri■ww■wwr�wrwwi�w= 6R' � 1. t 1 � 11 :, • , t t t r �►l��l:�stJt� �iwwtw��www�wwmw�w���w�� wiw�www�rw����w�w mlE- �OIS U:. I ml- �►I�� NOW � MEN�%W MENsm _ •FINE OWN wwz�rww�w�i MA�� KIM www w�w9� �`11■ .fit �� t t l , t EMNsm WEN Em_ NINE �-- �ww PAPER ww �w�a��� r■wMEN ww�rw■�MINN m MEN� r www■�ww�NONE INE M wI ww�r Miss MEN ��r�� MIEN a wtw�w mow„■„ r 'A w wiww��ww��wriw�rr�wwt ww"� ANN MINN o�www�MEN �wMINE r���w�w���wwo� N � SOWN � U6 w CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,- TIME AND DATE OF BID OPENING. Terms: iy T (Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. Warranty, arjri/nr guArantef-: State any variances to specifications (use separate sheet if necessary): Delivery: 30 calendar days required upon receipt of Purchase Orde r. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: W711how-4- mevicaoa-11 :kann eiYc T, M em cczrr I L (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City -Df Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. B I D D E R_ (company name) Indicate if Minority Busi ess: [ J Black [ J Hispanic Women Signature-�' Print Name: ,� �} o"caaffji pate: Za, 24 IMO-- 88-63 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS - 7 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: NET ( Include cash discount for prpmpt payment, if any) Additional discount of ONE % if awarded all items. Warranty and/or guarantee: State any variances to specifications (use separate sheet if necessary): Delivery: 1p-20 calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): Selma Schreiber NAMES OF COMPANY OFFICERS: Selma Schreiber Sol Schreiber Len .Iiorriscn, Fred Chekanow (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinanco No. 10062, the Minority Procurement Ordinance of the City ,Df Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: Barnett's Office Supplies Signature: (company name) — Print Name: Len Morrison Indicate if Minority Business: Date: May 24, 1988 ( ) Black ( J Hispanic [X4 Women 914�3 0, FATLORE TO COMPL F.TE,_ _SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AIVD DATE OF BID OPENING. MOA Terms: �-Itxw P&zy,A- ( Include cash discount for prompt payment, if any) Additional discount of 8 if awarded all items. Warranty and/or guarantee: (\AXiJ v4 ►,-t l S7Alf b �J ovtu State any variances to specifications (use separate sheet it necessary): Delivery: 3o. (.IS' calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNF.R(S): AMES OF COMPANY OFFICERS/: J4-t (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. -BIDDER: 1�C'"'z"" O 1 (company name) Indicate if Minority Business: ( ) Black ( I Hispanic ( J Women Signature: Print Name: jam- A2c2 Date: '51 d /-('6'' 99--63014 1 FAILURE TO COMPLETE, SIGN, AND Ftl:'1'URN THIS FORM MAY DISQUALIFY THIS CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 RM QUPPr IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: 2% - 30 Days ( Include cash discount for prompt payment, if any) Additional discount of 0 % if awarded all items. Warranty and/or guarantee: . State any variances to specifications (use separate sheet if necessary): Delivery: 3 calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Stieet (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): Mac Papers, Inc. Frank S. McGehee, President NAMES OF COMPANY OFFICERS: Jerry Shane, Vice President (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: Signature: (company name) Print Name: Indicate if Minority Business: Date: 904--637 [ j Black [ ] Hispanic [ ) Women FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS 3 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 BID SHEET IMPORTANT: BID SHEET AND BIDDER. ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: 23-10 Npt In Cats ( Include cash discount for prompt payment, if any) Additional discount of n $ if awarded all items. Warranty and/or guarantee: N/A State any variances to specifications (use separate sheet if necessary): Delivery: 7 calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): JOHN PEREZ, CARL PEREZ, JOHN DAVID PEREZ, AND NAMES OF COMPANY OFFICERS: JOHN PEREZ - PRESIDENT CARL PEREZ - TREASURER ROBERTA BOIIMER YOLANDA ESMURDOC - SECRETARY (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowleIg es that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: CORAL PAPER_ Signature: aAj V/jzj--0— (company name) � Print Name: CARL A. PI54EZ Indicate if Minority Business: Date: ( J Black ( ] Hispanic [ ] Women �����► FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS 36 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 am currrr IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE. RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: ( Include cash discount for prompt payme3it, if any) Additional discount of �'� % if awarded all items. Warranty and/or guarantee: v C' ~�t L'71-' (-t., , _•Zc�.t..G,Qc�, State any variances to necessary) ://�� Delivery: / —1 C&A - calendar Order. specifications (use separate sheet if days required upon receipt of Purchase Delivery Point(s): City of Miami - Stock Room 1145 N.W. 11Lii SLLCCt (RCdL 1 Miami, Fl 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): mac{ t4 1 Forn1 C; LL_ NAMES OF COMPANY OFFICERS: dAJJ- LL (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: 1 k\C%C%C_C(" C C It7C,'Z. Signature: (compa.y name) Print Name: C� (l� � �C'_ /tJ � L L Indicate if Minority Business: Date: - /U - ( ] Black [x] Hispanic [ ] Women —#) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS 39 CITY OF MIAMI, FLCRIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 RTn RRFFT IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: 1� -- r -:�p ( Include cash discount for prompt payment, if any) Additional discount of _C, - % if awarded all items. Warranty and/or guarantee: State any variances to specifications (use separate sheet if necessary): Delivery: .., -1 calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Street (Ream) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions., Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: (Please use -the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City Df Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: �_�,�;�-� Signature: (compan name) Print Name: - Indicate if Minority Business: Date: [ J Black [ J Hispanic ( J Women 9R--637u, FAIi.[IRF. TO COMPLETE, SIGN, AND RFTUF2N THIS FORM MAY DISQUALIFY THIS 7 CITY OF M IAMI, r L�P,IDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: �'-�fJ'^-"��•) ( Include cash discount for prompt .payment, if any) Additional discount of % if awarded all items. Warranty and/or guarantee: State any variances to specifications (use separate sheet if necessary): Delivery: calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): (Please use the back of this page NAMES OF COMPANY OFFICERS: •t� e- if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Or-dinanc o No. 10062, the Minority Procurement Ordinance of the City -)f Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. XIPS CORP 10401 N�.W�. �28 St )A BIDDER: I� ' OK, (compa y name) Indicate if Minority Business: ( ) Black) Hispanic [ ) Women Signature: Print Name: Date: ;;.' 0 99-s3 ill y/ FAILURE TO COMPLETE, _SIGN, AND _RETURN THIS FORM MAY DISQUALIFY THIS CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: Include cash discount for prompt payment, if any) Additional discount of '� � % if awarded all items. Warranty and/or guarantP.P'- State any variances to specifications (use separate sheet if necessary) : Delivery: `;'U calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. lith Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: C (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinanct? No. 10062, the Minority Procurement Ordinance of the City Df Miami, and agrees to comply with all applicable substantive sn� procedural provisions therein, including any amendments thereto. BIDDER: I"i yr-/ ,��� =��. ', Signature:, (company name) Print Name: Indicate if Minority Business: Date: �Q Black ( l Hispanic [ j women-63 FAIr.URE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY Till_ L/2 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-086 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: AIIIA 30 (Include cash discount for prompt payment, if any) Additional discount of — % if awarded all items. Warranty and/or guarantee:c •?c s<<n)ct� ��i ,��1�ri��i ;� ti; State any variances to specifications (use separate sheet if necessary): Delivery: /J calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Stock Room 1145 N.W. llth Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): �'%��e� 1,►1 c ���cc6tT �) J el BSc.: Please use-thb b-Ack of this page NAMES OF COMPANY OFFICERS: if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER:_ �11�9 �/����5 Signature: (company name) Print Name: Indicate if Minority Business: Date: [ J Black ( J Hispanic [ ) Women 9g-63 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS q3 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 8 88-086 BID SHEET IMPORTANT: BID SHEE'r AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: Net 30 days, Noire ( Include cash discount for prompt payment, if any) - Additional discount :,f 1 % if awarded all items. Warranty and/or quare ntee : As per manufacturers specifications State any variance3 to spEcifications (use separate sheet if necessary): Delivery: l calendar days required upon receipt of Purchase Order. Delivery Point(s): C-ty of Miami - Stock Room 1145 N.VY. IIt11 Street (Rear) Miami, F1 33136 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): William J. Green Lillian K. Green (Please use the back of this page if NAMES OF COMPANY OFFICERS: President Vice President Treasurer more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned )idder acknowledges that it has received a copy of ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: B & business Products Si nature: (,:ompany ' name) Print -Name: Willian J. Green Indicate if Minority Business: Date: May 25, 1988 [ xj Black [ Hispanic [ Women 9+9"'637 FAILURE TO CO�MPLGTE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS (/� SUE,^.;; i 310S TO: Office of the City , _rk ITY OF MIA.Mf, FLCRIDA 3E00 Pan American Drive INVITATICN TO BID P.O. Box 330708 TERM CONTRACT Miami, Florida 33133 Bidder Acknowledgment Page 1 of TELEPHONE NUMBER MAILING DATE !C,tv) 31G NO cages 579-6380 May 3 , 1988 8�-88-J85 ,,Is w+u be due"eo BID TITLE , 00 p.m. May 2 n5 r 1988 Office Supplies CO,^,.-raC` ` Reason for "no bid" •d ^av •ot ve wit^C.rawn .vim ,+, +,++;eta ❑ays ,ter sucn Cate 3+1d time ;: awards made as a result of this bid shall conform to applicable 'ct+ons of the charter ai,d code of the C,ty of M+am+ 4%IE JF %EN:GOR A C RPORATION OF THE AREACODE TELEPHONE'JU ISER y2—%ZCR +C ;T.iTE OF AIL:NG AGGRESS � %A �a. J 1 VENDOR .MAILING DATE. i e Q .Tv,STATE.Z:P CERTIFIED OR CASHIER'S SEC-attl�ti,s ATTACHED, «HEN RECu!RED. iN THE Am(;LNT'F S r cr^ -P,,f '"•s , N s "" .'„!hour jr or unoe�stan1mg. ,gree,nenr or �s�� <�:?J, .--, v :.7n,•r;•-+;., ,n n,v :9,,7rrlr-o,r ,,,,,+ or oersoll ;uumirnng J n,d 'or •ne _ AUTHCRIZED SIGN.'.Z RE I'1,lanuall �1m- •'.f�• ,•t . , ...ems n,np•,• ,nr1 s n e,f resnerts •air 3nrr .v,rnaut _ :01-i n _ 1 Jyee )rm- ny „r , 0141,1 Orb of 'his O,r1 Jn0 cerf,ty 'hd1 r , _ �•, 'a rJn •n.s „ ,ur 'ne -10e� Ji_ITF:nRIZEV. SIGNATURE T:peo) 7:T__ GENERAL CONDITIONS BIDDER: To insure acceptance of the bid, follow these instructions. SEALED BIDS: All bid sheets and INN, form must be executed anC S..Drn+tted in a seated envelope. The face of the envelope %nall conta+n..n aoe+fion to the aoove address, the date and time of the bid opening and the old number. Bids not submitted On attached bid form may be rejected. Aft bids are SubieC1 10 the Conditions Specified hereon and on the attached sheets. I. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provieeo above. The company nam must also apl:dar on each cage of the bid as required. ( •A,tlrT'Ihef fTQ!rOf 2. NO BID: It nor Submitting a Did, respond by returning this form, marking it "NO BID', and explain the reason in the �oace provided above. Repeated failure to quote without suff+c,ent justification Shall be cause for removal of the supplier's name from the bid mailing list, NOTE. To qualify is a respondent, bidder must submit a "NO BID", and it must 7e received no later than the stated bid opening date and hour. 3. 910 OPENING: Shall be public, on the date and at the time peClhed on the old form. It is the bidder's responsibility to assure that his bid is delivered at the proper time and place of the bid opening. Bids which for dny reason are not so cieuvered, will be returned unopened. Offers by telegram or telephone are not acceptable. 4. PRICES, TERMS and PAYMENT: Firm prices shall oe nuotert, typed or printed in +nK and ,ricluait all packinq, ranel+ng, Shipping charges and delivery to any point within Dade County Binder is requested to offer cash discount for urompt invoice payment Discount Time will be comported from the sate of satisfactory delivery at place of acceptance or from receipt of Correct invoice at 'he office specified, .+a,+cnever s later a1 TAXES: Co not nciude State or Federal taxes not ap• piicaoie +o municipalities. The applicable Tax Exemption ,umber .s shown on 'he PVrcnaSe Order. 0) MISTAKES: Bidders are expected to examine the ti0eU11cahOns, cel+very schedule, bid prices, and all in- structions pertaining to subpl,es and set:ices do So will be at bidder's r+SK, c) CONDITION AND PACKAGING: it s-rcerstocc arc agreed that any,fern offerev „r sn,cpeb 3s 3 resLl! :t -s bill shall be new (current crocuc!,cn mocei 31 •re t,rre ct this ale). All container$ small be suitable for s!Crage _r Shipment, and all prices shall induce Stan :aro c^m. merC,al DacKaging d)SAFETY STANDARDS: Unless otherv,se st.cu:afed n the o+d, all r+ anutactured items and facr 1-3'N 35Ser^Cr Es shall COmCIy, ,vlth applicable re.1u,rernenis cf Cc cupat+onal S.9fety and r4ealfr) act and any 91arC3r7s therauncer e) INVOICING AND PAYMENT: The _ontr3C'�r ;r3rl =e Paid upon submission of properly cert.hec .nvo,ces'o •-e City of Miami at the prices st;pulared on the zurcrose order, less deductions if any, as ;:rovioed. All shall bear the purchase order. Invcicinq at var,ance .v,'n this provision may Subject the contrac' 'o wrcc,'.3' cn S. MANUFACTURER'S NAMES AND APPROVED EQUIVALENTS: Any manufacturers' names, 'ace ^_in•c-s. tirand names, information or catalog number; ._ n specification are for information, not •o m,r The bioder may offer any brand for wn•rn h- .; an aurr cr.:ec representative, which meets or exceecs 'me :crc t•cat. n •ir any itemis). It bids are based on eCu .a •^! cr:a c S. n i4 dicateon the Did form the manufacturers name arc nurr--er and indicate from '!cel: 1,c31,enS v_'.;R M j any deviation !tie BID, LACKING ANY WRITTEN INDIC-�T'CN IF: N'ENT TO QUOTE AN ALTERNATE BRAND. '41LL BE RECEIVED AND CONSIDERED a5 a +`UC7.:7*:CN N COMPLETE COMPLIANCE .VITFi '. HE SPECi r-+C;.T'CN5 Q^ AS LISTED ON THE 810 FORM Tre O+v-s ,:n -,t Purc^as,nq is to be notified of any proposed cr,3nges n al rare-als + used, fb) manufacturing --rocess, ;,r 7ns.'rucl+on.• However, changes shall not ce brno+na upcn 'tie : ry unless widened by a Change Notice slued -,no , gned oy 'me Purchasing Agent.